BALMER LAWRIE & CO. LTD. (A Govt. of India Enterprise) [Container Freight Station] P-3/1, Transport Depot Road Kolkata 700 088 Ph.No.:24506-816 & 811 Fax No.:2449-8355 Email No.: sett.a@balmerlawrie.com TENDER FOR REPAIR RESTORATION & ANNUAL MAINTENANCE CONTRACT OF CCTV SYSTEM AT CFS-KOLKATA TENDER NO. BL/CFS/KOL/CCTV_Service/17-18 DATED : 20.01.2018 DUE DATE FOR SUBMISSION 30.01.2018 - BY 3.00 PM
BALMER LAWRIE & CO. LTD. (A Govt. of India Enterprise) Container Freight Station P-3/1, Transport Depot Road Kolkata 700 088 Ph.No.:2450-6816 & 81 Fax No.:2449-8355 Email No.: sett.a@balmerlawrie.com Ref.:BL/CFS-KOL/CCTV_Service/17-18 Dated: 20.01.2018 NOTICE INVITING TENDER Sub.: TENDER FOR REPAIR, RESTORATION & ANNUAL MAINTENANCE OF CCTV SYSTEM AT CFS, KOLKATA. Sealed Tenders in Single Bid system are invited from interested bidders Proficient in CCTV Surveillance having Office setup at Kolkata for Annual Maintenance Contract for our CCTV Surveillance System at Container Freight Station, P-3/1, Transport Depot Road, Kolkata 700088. Tender document detailing terms etc. may be downloaded from our web site www.balmerlawrie.com. The complete tender along with Earnest Money Deposit(MSME/ NSIC vendors are exempted) should be submitted in sealed envelope super-scribing Tender Reference Number and the same should be deposited in Tender Box kept at the above address within 00.00.2018 by 3.00 p.m. Note: 1. Bids of any tenderer may be rejected if a conflict of interest between the bidder and the Company (Balmer Lawrie) is detected at any stage. 2. Our Company reserves the rights to cancel the tender and/or any/all offer(s) without assigning any reason whatsoever.
BALMER LAWRIE & CO. LTD. 1.0 COMPANY 1.01 Name of the Company TENDER FORM 1.02 Status [Whether Govt., PSU, Pvt. Or Public Ltd.] 1.03 Address: Registered Office Head Office 1.04 Communication : Telephone Fax No. E-mail ID Mobile No. 1.05 Trade Licence Details [photocopy to be enclosed] No. Date of Issue Valid Up to Issuing Authority 1.06 Statutory Clearance Certificate details [Details to be enclosed] PAN No. Income Tax Prof. Tax GST 1.07 Registration No. PF Reg. No. ESI Reg. No. 1.08 Key person of the organisation Name Designation Contact Telephone No. Mobile No. Short Profile 1.09 Details of experience If you wish to give any further information, which will highlight your capabilities, kindly provide in Annexure in brief. Office Seal Date: Signature Name Designation
SCOPE OF WORKS BOQ: Annual maintenance Contract of existing CCTV Surveillance System at Container Freight Station, P-3/1, Transport Depot Road, Kolkata- 700088. As mentioned above following shall be applicable:- I. The successful bidder s deployed person should keep in touch with our IT personnel at CFS OR any person as shall be advised by the company for taking System performance report and discharge his responsibilities. II. III. IV. The person should possess mobile for taking instruction from Balmer Lawrie & Communication with control room at site. The person should be available at our office as per schedule - twice in a week during General Shift Duty. In addition the vendor should attend to our break-down calls immediately in intimation over Phone/E-mail etc. Any other relevant activity, which may be required from time to time. SPECIAL CONDITIONS OF CONTRACT FOR BOQ FOR ANNUAL MAINTANANCE CONTRACT FOR EXISTING CCTV SYSTEM Schedule of Requirements: Annual Maintenance Contract for entire System as per specification, terms and conditions of Contract. Scope of Contract : Sl. No. Item Description Qty. 1 Outdoor Bullet cameras make Dahua 07 2 Outdoor Bullet cameras make Honey Well (Analog) 01 3 Dome Cameras Make Dahua 03 4 Dome cameras make Honeywell 01 5 PTZ Cameras make Dahua 03 6 CPU with keyboard & monitors (Assembled) 02 7 LCD 27 make AOC 02 8 16 Part NVR make Dahua 02 9 LCD TV(40 ) make Haier 01
Sl. No. Item Description Qty 10 2MP Full HD Network WDR IR Bullet Camera 2.7mm~12mm, motorized zoom with inbuilt video analytic features. (Dahua make) 6 11 4MP IR bullet camera WDR ( 120 db) smart detection supported 40 mtr IR (Dahua make) 6 12 NVR 32 Channel with 4 slot for hard disk (Dahua make) 13 Hard Disk 4 TB ( surveillance Type) Seagate 2 14 42 inch LED Monitor LG 1 1 15 Network Switch 8 Port 10/100 mbps (Dlink) 4 16 Access point outdoor omni 360 degree with Antenna 1 17 Single mode Media converter 10/100 mbps 10 18 6 port LIU 4 Following Preventive Maintenance should be carried out during the AMC: Bidder should deploy 1 or 2 nos technician based in Kolkata who is competent in handling Dahua equipment and should report once in a week for preventive maintenance and cleaning apart from on call reporting for breakdown maintenance. Camera & Housing: 1. Camera / lens focus and auto iris adjusted properly. 2. Camera field of view is adjusted to customer s requirements. 3. Camera/housing viewing window is clean, inside and out. 4. Camera lens is dust free. 5. Interior of Camera enclosure is clean and dry and free of dust. 6. Check operation of pan tilt, and zoom focus. Use controller in control room to check all these operations. Wire & Cable: 1. Check wiring and cable harnesses for wear and fray. 2. Check to make sure cable is dressed properly. 3. Check connectors and cable entry points for loose wiring. 4. Cat 6 cable is transmitting an adequate video signal to control room. Signal should be free of distortion, tearing, hum-bars, EMI, and rolling, etc. 5. Make sure all Cat 6 cable connectors are working properly.
Control Equipment: 1. Monitors are free from picture burn-in, and distortion. 2. Monitors have proper contrast and brightness. 3. DVR s are functioning properly and provided distortion free recording. 4. DVR should be sent out for professional cleaning, and belt changes. This should be occur on a regular basis 5. Clean all the monitor screen, control panels, and keyboards with a diluted cleaning solution. 6. Check all coaxial connectors on the back panels for loose connections. 7. Check all power connections to insure AC plugs are not loose or power cables frayed. General Terms & Conditions 1. Pre-Qualification Criteria: I. Submission of EMD for Rs.3,000/- (MSME/NSIC vendors are exempted) II. The vendor should be proficient with CCTV Surveillance System and Dealer of Dahua /Honeywell CCTV system. OEM Authorization letter for this tender to be enclosed along with the tender. III. Bidder should be registered vendor with any unit of Balmer Lawrie & Co. Ltd. IV. Bidder should have 4 (four) or many years experience of IP based wireless CCTV system in another organization/s and relevant PO to be enclosed. V. OEM certificate for spares and maintenance support for CCTV system. 2. Earnest Money Deposit: The bidders should submit an Earnest Money of.3,000/- (Rupees three thousand only) in the form of Pay Order/Demand Draft drawn in favour of BALMER LAWRIE & CO. LTD. payable at Kolkata. However, MSME/ NSIC registered vendors are exempted from submission of EMD, subject to their submission of a copy of such certificate. In case any bidder revokes or withdraws its offer within the validity of the offer or fails to perform the job, Balmer Lawrie will be at liberty to forfeit the Earnest Money Deposit. 3. Validity of offer: The offer should be valid for 120 days from the due date of the tender for acceptance by Balmer Lawrie and the rates once submitted shall not be changed/varied/added/altered during this period. 4. Period of contract: The contract will remain valid for one year. The same rate may be extended for further one year on mutual consent. 5. Payment Terms: Payment of the BOQ shall be made on quarterly basis for successful service completion of the preceding quarter and within 30 days of submission of bills. 6. Rate: The rates should be quoted against the items mentioned in enclosed BOQ and should be inclusive of all taxes and duties etc. but excluding GST which shall be paid by BL extra. 7. Performance Guarantee: Performance Guarantee for Rs. 20,000/- [Rupees Twenty Thousand only] has to be submitted in the form of a bank Guarantee, as per prescribed format of the company, to cover the Risk & Cost of any damages caused due to negligence/ mishandling of equipment/property The Performance Bank Guarantee should be
valid for a period 14 (Fourteen) months from the date of commencement of contact. In the event of extension of contact for a further period 1 (one) year after initial contract period of 1 year, the performance Bank Guarantee will be required to be extended for another 12 (twelve) months. Alternatively successful bidder may deposit performance guarantee in form of cash or DD in favour of the company. This performance guarantee will not bear any interest. 8. Penalty Due to Non-performance :- For BOQ PENALTY CLAUSE APPLICABLE AS FOLLOWS: Sl. No. Description Maximum free period 01 The escalation times for response 02 Failure for weekly visit for preventive maintenance. 03 Minor defect rectification of camera. For breakdown 08 Hrs (working hours 10 am To 6 PM except Sunday) During the particular week 15 Days (Replacement with standby camera)* Rate of penalty Beyond Free Period Rs. 50/- Per day Rs. 50/- for every week 0.5% of purchase order value of camera (per week) 04 Critical Defect Of Camera. 30-45 days (Replacement With standby camera)* 0.5% of purchase order value of camera (per week) *Vendor shall keep 1 (one) number Standby Camera as stock at site or at their Kolkata office to comply with the above replacement criteria. 9. Sub-letting of Work: No part of the contract or any share or interest therein shall in any manner or degree be transferred, assigned or sublet by the contractor directly to any person, firm or corporation without the consent in writing from Balmer Lawrie. In the event of contractor contravening the conditions, Balmer Lawrie shall be entitled to get work done from any other firm at the Risk & Cost of the contractor/successful bidder. 10. Termination: The AMC contract can be terminated by either party by giving 3 months clear notice in writing. However in case of serious breach of contract by the contractor, the company reserves the right to terminate the contract without notice. 11. Force Majeure Conditions: Non-performance or Delay is subject to force majeure conditions as under: if at any time during the continuance of this contract, the performance in whole or part by either party of any obligation under this contract shall be prevented or delayed by reasons for any war, hostility, acts of public enemy, civil commotion sabotage, fires, floods, explosions, epidemics, quarantine restrictions, strikes, lock outs or acts of God (hereinafter referred as events ) provided notice of the happening of any such events is given by either party have any claim for damages again the other in respect of such non-performance or delay in performance. Deliveries under the contract shall be resumed as soon as practicable once the event come to an end.
12. Arbitration: Any dispute or difference arising under this Contract shall be referred for adjudication at Kolkata to a sole Arbitrator to be appointed by the chairman & managing Director, Balmer Lawie & Co. Ltd. And the provisions of arbitration and Conciliation Act, 1996 including any statutory modifications or enactment thereof shall apply to the Arbitration proceedings. The fees of the arbitrator, if any, shall by both the parties. Place of arbitration would be Kolkata. 13. Right to accept/reject the tender: The company reserves the right to reject any or all the tenders without assigning any reason. D E C L A R A T I O N Having examined the tender documents, we have understood the terms & conditions indicated in the e-tender No. BL/CFS/CCTV_Service/17-18 and hereby confirm our acceptance of the same. Place: Date: Signature of Tenderer Name & Address Telephone Nos. Regd. Office: Fax Nos. :
BALMER LAWRIE & CO. LTD. (A Govt. of India Enterprise) [Container Freight Station] P-3/1, Transport Depot Road Kolkata 700 088 BOQ: PRICE BID SCHEDULE FOR RATE QUOTATION SL. DESCRIPTION OF ITEM NO. 1 Monthly rate of AMC service to CCTV System as per Scope of Contract in Special Conditions of Contract of NIT. MONTHLY RATE (Rs.) D E C L A R A T I O N Having examined the tender documents, we have understood the terms & conditions indicated in the e-tender No. BL/CFS/CCTV_Service/17-18 and hereby confirm our acceptance of the same. Place: Date: Signature of Tenderer Name & Address Telephone Nos. Regd. Office: Fax Nos. :